SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES & BATTERIES AND OTHER ACCESSORIES TENDER NO: RVTTI/BOG/16/2021/2022

Page created by Gabriel Buchanan
 
CONTINUE READING
SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES & BATTERIES AND OTHER ACCESSORIES TENDER NO: RVTTI/BOG/16/2021/2022
RIFT VALLEY TECHNICAL TRAINING INSTITUTE-
                           ELDORET

      RIFT VALLEY TECHNICAL TRAINING INSTITUTE- ELDORET
                      P.O. BOX 244 – 30100
                            ELDORET
               Tel: +254 704 244 244, +254 729 621 773

SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES,

  TUBES & BATTERIES AND OTHER ACCESSORIES

     TENDER NO: RVTTI/BOG/16/2021/2022

           CLOSING DATE: 8th JUNE 2021

                     TIME: 10.00AM

                              1
TABLE OF CONTENTS
                                                                PAGE

               INVITATION TO
SECTION I      TENDER……………………………………........................... 3

SECTION II     INSTRUCTIONS TO TENDERERS………………………               4

SECTION III    GENERAL CONDITIONS OF CONTRACT……………              15

SECTION IV     TECHNICAL SPECIFICATION.................         19

               PRICE SCHEDULE FOR GOODS .....................   20

SECTION V      STANDARD FORMS…………………………………                      27

        5.1.   FORM OF TENDER……………………………………                     27

        5.2.   CONFIDENTIAL BUSINESS                            29
               QUESTIONNAIRES

        5.3.   CONTRACT FORM                                    39

                                          2
SECTION I. INVITATION FOR TENDER

TENDER NO RVTTI/BOG/16/2021/2022
TENDER NAME: SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES &
BATTERIES AND OTHER ACCESSORIES

The Rift Valley Technical Training Institute invites sealed bids from eligible candidates
for SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES & BATTERIES AND
OTHER ACCESSORIES.

Interested eligible candidates may obtain further information from and inspect the
tender documents at the Rift Valley Technical Training Institute P.O BOX 244
ELDORET, during normal working hours 8.00am to 5.00pm.

A complete set of tender documents may be obtained by interested candidates from
RVTTI website: www.rvti.ac.ke or collected from Procurement office upon payment of a
non - refundable fee of Kshs 1,000.00 (One thousand shillings only) at the Revenue
office, payable in cash .

Completed tender documents are to be enclosed in plain sealed envelopes marked with
‘tender reference number and name’ and be deposited in the Tender Box at the
Administration Block and be addressed to the Principal, Rift Valley Technical Training
Institute so as to be received on or before 8TH JUNE 2021 at 10:00am.

Prices quoted should be net inclusive of all taxes and delivery must be in Kenya Shillings.

Candidates must prove that they qualify to participate in public procurement in
accordance to public procurement Act and Regulations by providing the following
documents or evidence.

   a)   Certificate of registration
   b)   Copy of VAT and PIN certificate from KRA
   c)   KRA current tax compliance certificate
   d)   Current single business permit
   e)   Dully filled form of tender
   f)   Detailed company profile
   g)   Three letters of recommendation from your current corporate clients
   h)   Copy of original RVTTI payment receipt for bought tender documents
   i)   Reference list of organizations served
   j)   Bidders under reserved category must have relevant registration certificates
   k)   Bidders applying for tenders in insurance services must attach current certificate
        from the Insurance Regulation Authority (IRA).

                                             3
l) Bidders applying for tenders in supply and delivery of pasteurized fresh milk
      must be registered with the Dairy board of Kenya.

The bidders MUST comply with all the instructions and rules of the tender and
particularly ensure that all the forms required are properly completed.

Tenders will be opened immediately thereafter, in the presence of tenderers’
representatives who choose to attend at RVTTI Conference room.

                                           4
SECTION II. INSTRUCTIONS TO TENDERERS

 Introduction

1.   Eligible Tenderers

1.1 This Invitation for Tenders is open to all tenderers eligible as described in the
    tender documents. Successful tenderers shall complete the provision of services by
    the intended completion date specified in the tender documents.

1.2 Tenderers shall provide the qualification information statement that the tenderer
    (including all members of a joint venture and subcontractors) is not associated, or
    have been associated in the past, directly or indirectly, with a firm or any of its
    affiliates which have been engaged by the Procuring entity to provide consulting
    services for the preparation of the design, specifications, and other documents to
    be used for the procurement of services under this Invitation for tenders.

1.3 Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent
    practices.

2.   Eligible Goods/Services

2.1 All services to be provided under the contract shall have their origin in eligible
    source countries.

2.3 The origin of services is distinct from the nationality of the tenderer.

3.   Cost of Tendering

3.1 The Tenderer shall bear all costs associated with the preparation and submission of
    its tender, and the procuring entity, will in no case be responsible or liable for those
    costs, regardless of the conduct or outcome of the tendering process.

 The Tender Document

4 Contents

4.1 The tender document comprises the documents listed below and addenda issued in
    accordance with clause 6 of these instructions to tenders.

       (i)      Invitation for Tenders

                                              5
(ii)   General information
     (iii)     General Conditions of Contract
     (iv)      Special Conditions of Contract
     (v)       Schedule of Requirements
     (vi)      Tender Form and Price Schedules

4.2 The Tenderer is expected to examine all instructions, forms, terms, and specifications in
    the tender documents. Failure to furnish all information required by the tender
    documents or to submit a tender not substantially responsive to the tender documents
    in every respect will be at the tenderers risk and may result in the rejection of its tender.

5. Clarification of Documents

5.1 A prospective tenderer requiring any clarification of the tender document may notify the
    Procuring entity in writing or by cable (hereinafter, the term cable is deemed to include
    telex and facsimile) at the entity’s address indicated in the Invitation for tenders.
5.2 The Procuring entity will respond in writing to any request for clarification of the tender
    prior to the deadline for the submission of tenders, prescribed bythe procuring entity.
    Written copies of the Procuring entities response (including an explanation of the query
    but without identifying the source of inquiry) will be sent to all prospective tenderer that
    have received the tender document.

6. Amendment of Documents

6.1 At any time prior to the deadline for submission of tenders, the Procuring entity, for any
    reason, whether at its own initiative or in response to a clarification requested by a
    prospective tenderer may modify the tender documents by amendment.

6.2 All prospective candidates that have received the tender documents will be notified of
    the amendment in writing or by cable, and will be binding on them.

6.3 In order to allow prospective tenderers reasonable time in which to take the amendment
into account in preparing their tenders, the Procuring entity, at its discretion, may extend the
deadline for the submission of tenders.

 Preparation of Tenders

7. Language of Tender

7.1 The tender prepared by the tenderer, as well as all correspondence and documents
    relating to the tender exchanged by the tenderer and the Procuring entity, shall be written
    in English language, provided that any printed literature furnished by the tenderer may be
    written in another language provided they are accompanied by an accurate English

                                                6
translation of the relevant passages in which case, for purposes of interpretation of the
   tender, the English translation shall govern.

8. Documents Comprising the Tender

8.1 The tender prepared by the tenderer shall comprise the following components:

     (a)   A Tender Form and a Price Schedule completed in accordance with paragraph 9,10
           and 11 below.

     (b)   Documentary evidence established in accordance with paragraph 12 that the
           tenderer is eligible to tender and is qualified to perform the contract if its tender is
           accepted;

     (c)   Documentary evidence established in accordance with paragraph 13 that the goods
           and ancillary services to be supplied by the tenderer are eligible goods and services
           and conform to the tender documents;

9.Tender Form

9.1 The tenderer shall complete the Tender Form and the appropriate Price Schedule
    furnished in the tender documents, indicating the services to be provided, a brief
    description of the services.

10.Tender Prices

10.1 The tenderer shall indicate on the appropriate Price Schedule the unit prices and total
     tender price of the services it proposes to provide under the contract.

10.2 Prices quoted by the tenderer shall be fixed during the Tender’s performance of the
      contract and not subject to variation on any account. A tender submitted with an
      adjustable price quotation will be treated as non-responsive and will be rejected,
      pursuant to paragraph 22.

11.Tender Currencies

11.1 Prices shall be quoted in the following currencies:

     (a)   For goods/services that the tenderer will provide from within Kenya, the prices shall
           be quoted in Kenya shillings; and

     (b)   For goods/services that the tenderer will provide from outside Kenya, the prices
           shall be quoted in US dollars or in another freely convertible currency.

                                                7
12. Tenderers Eligibility and Qualifications.

12.1 Pursuant to paragraph 1 of section III, the tenderer shall furnish, as part of its tender,
     documents establishing the Tenderers eligibility to tender and its qualifications to
     perform the contract if its tender is accepted.

12.2 The documentary evidence of the Tenderers eligibility to tender shall establish to the
     Procuring entity’s satisfaction that the tenderer, at the time of submission of its tender,
     is from an eligible source country as defined under paragraph I of section III.

12.3 The documentary evidence of the Tenderers qualifications to perform the contract if its
     tender is accepted shall establish to the Procuring entity’s satisfaction:
     (a) that, in the case of a tenderer offering to provide services under the contract which
          the tenderer did not originate or otherwise produce, the tenderer has been duly
          authorized by the services provider to provide the services;
     (b) That the tenderer has the financial, technical, and production capability necessary
          to perform the contract;

13. Goods’/Services Eligibility and Conformity to Tender Document.

13.1 Pursuant to paragraph 2 of this section, the tenderer shall furnish, as part of its tender,
     documents establishing the eligibility and conformity to the tender documents of all
     services which the tenderer proposes to provide under the contract.

13.2 The documentary evidence of the eligibility of the services shall consist of a statement in
     the Price Schedule of the country of origin of the goods and services offered which shall
     be confirmed by a certificate of origin issued at the time of shipment.

13.3 The documentary evidence of conformity of the services to the tender documents may
     be in the form of literature, and data, and shall consist of:

     (a)   a detailed description of the essential technical and performance characteristics of
           the services;

     (b)   a clause-by-clause commentary on the Procuring entity’s Technical Specifications
           demonstrating substantial responsiveness of the goods and
           services to those specifications, or a statement of deviations and exceptions to the
           provisions of the Technical Specifications.

14. Validity of Tenders

14.1 Tenders shall remain valid for 90 days or as specified in the tender documents after date
     of tender opening prescribed by the Procuring entity, pursuant to paragraph 18. A tender
     valid for a shorter period shall be rejected by the Procuring entity as non-responsive.

                                                8
14.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer’s consent to
     an extension of the period of validity. The request and the responses thereto shall be
     made in writing. A tenderer granting the request will not be required nor permitted to
     modify its tender.

15. Format and Signing of Tender

15.1 The original and all copies of the tender shall be typed or written in indelible ink and shall
     be signed by the tenderer or a person or persons duly authorized to bind the tenderer to
     the contract. The latter authorization shall be indicated by written power-of-attorney
     accompanying the tender. The person or persons signing the tender shall initial all pages
     of the tender, except for unamended printed literature.

15.3 The tender shall have no interlineation, erasures, or overwriting except as necessary to
   correct errors made by the tenderer, in which case such corrections shall be initialed by the
   person or persons signing the tender.

Submission of Tenders
16. Sealing and Marking of Tenders

16.1 The tenderer shall seal the original and each copy(1) of the tender in separate envelopes,
     duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be
     sealed in an outer envelope.

16.2 The inner and outer envelopes shall:

     (a)   be addressed to the Procuring entity at the following address:

           The Principal,
           RVTTI ,
           P.O BOX 244-30100
           ELDORET

     (b)   Bear, the Tender Name, the Tender No. and the words: “DO NOT OPEN BEFORE,”
           8TH JUNE 2021 at 10:00am.

16.3 The inner envelopes shall also indicate the name and address of the tenderer to enable
     the tender to be returned unopened in case it is declared “late”.

16.4 If the outer envelope is not sealed and marked as required by paragraph 17.2, the
     Procuring entity will assume no responsibility for the tender’s misplacement or
     premature opening.

17. Deadline for Submission of Tenders

                                                9
17.1 Tenders must be received by the Procuring entity at the address specified under
     paragraph 16.2 no later than

17.2 The Procuring entity may, at its discretion, extend this deadline for the submission of
     tenders by amending the tender documents in accordance with paragraph 6, in which
     case all rights and obligations of the Procuring entity and candidates previously subject to
     the deadline will thereafter be subject to the deadline as extended.

18. Modification and Withdrawal of Tenders

18.1 The tenderer may modify or withdraw its tender after the tender’s submission, provided
   that written notice of the modification, including substitution or withdrawal of the tenders,
   is received by the Procuring entity prior to the deadline prescribed for submission of
   tenders.

18.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed, marked, and
     dispatched in accordance with the provisions of paragraph 17. A withdrawal notice may
     also be sent by cable, but followed by a signed confirmation copy, postmarked not later
     than the deadline for submission of tenders.

18.3 No tender may be modified after the deadline for submission of tenders.
18.4 No tender may be withdrawn in the interval between the deadline for submission of
     tenders and the expiration of the period of tender validity specified by the tenderer on
     the Tender Form.

Opening and Evaluation of Tenders

19. Opening of Tenders

19.1 The Procuring entity will open all tenders in the presence of tenderers’ representatives
     who choose to attend, Rift Valley Technical Training Institute Conference Room.

19.2 The tenderers’ representatives who are present shall sign a register evidencing their
attendance.

19.3 The tenderers’ names, tender modifications or withdrawals, tender prices, discounts, and
     the presence or absence of requisite tender security and such other details as the
     Procuring entity, at its discretion, may consider appropriate, will be announced at the
     opening.

                                               10
19.4   The Procuring entity will prepare minutes of the tender opening.

20. Clarification of Tenders

20.1 To assist in the examination, evaluation and comparison of tenders the Procuring entity
     may, at its discretion, ask the tenderer for a clarification of its tender. The request for
     clarification and the response shall be in writing and no change in the prices or substance
     of the tender shall be sought, offered, or permitted.

20.2 Any effort by the tenderer to influence the Procuring entity in the Procuring entity’s
     tender evaluation, tender comparison or contract award decisions may result in the
     rejection of the tenderers’ tender.

21. Preliminary Examination

21.1 The Procuring entity will examine the tenders to determine whether they are complete,
     whether any computational errors have been made, whether required sureties have
     been furnished, whether the documents have been properly signed, and whether the
     tenders are generally in order.

21.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy
     between the unit price and the total price that is obtained by multiplying the unit price
     and quantity, the unit price shall prevail, and the total price shall be corrected. If the
     candidate does not accept the correction of the errors, its tender will be rejected, and its
     tender security may be forfeited. If there is a discrepancy between words and figures, the
     amount in words will prevail.

21.3 The Procuring entity may waive any minor informality or non-conformity or irregularity in
     a tender which does not constitute a material deviation, provided such waiver does not
     prejudice or affect the relative ranking of any tenderer.

21.4 Prior to the detailed evaluation, pursuant to paragraph 23, the Procuring entity will
     determine the substantial responsiveness of each tender to the tender documents. For
     purposes of these paragraphs, a substantially responsive tender is one which conforms to
     all the terms and conditions of the tender documents without material deviations. The
     Procuring entity’s determination of a tender’s responsiveness is to be based on the
     contents of the tender itself without recourse to extrinsic evidence.

21.5 If a tender is not substantially responsive, it will be rejected by the Procuring entity and
     may not subsequently be made responsive by the tenderer by correction of the
     nonconformity.

22. Evaluation and Comparison of Tenders

                                               11
22.1 The Procuring entity will evaluate and compare the tenders, which have been
     determined to be substantially responsive, pursuant to paragraph 22.

22.2 The Procuring entity’s evaluation of a tender will exclude and not take into account:

     (a)   in the case of services provided in Kenya or services of foreign origin already
           located in Kenya, sales and other similar taxes, which will be payable on the
           services if a contract is awarded to the tenderer; and

     (c)   any allowance for price adjustment during the period of execution of the contract,
           if provided in the tender.

22.4 The Procuring entity’s evaluation of a tender will take into account, in addition to the
     tender price and the price of incidental services, the following factors, in the manner and
     to the extent indicated in paragraph 23.5 and in the technical specifications:

     (a)   Delivery schedule offered in the tender;

     (b)   Deviations in payment schedule from that specified in the Special Conditions of
           Contract;

     (c)   the cost of components, and service;

     (d)   The availability in Kenya of and after-sales services for the services offered in the
           tender;

22.5 Pursuant to paragraph 23.4 the following evaluation methods Will be
     applied:

     (a)   Delivery schedule.

           (i)   The Procuring entity requires that the services under the Invitation for
                 Tenders shall be provided at the time specified in the Schedule of
                 Requirements. Tenders offering deliveries longer than the procuring entity’s
                 required delivery time will be treated as non-responsive and rejected.

     (b)   Deviation in payment schedule.

                 Tenderers shall state their tender price for the payment of schedule outlined
                 in the special conditions of contract. Tenders will be evaluated on the basis of
                 this base price. Tenderers are, however, permitted to state an alternative
                 payment schedule and indicate the reduction in tender price they wish to
                 offer for such alternative payment schedule. The Procuring entity may
                 consider the alternative payment schedule offered by the selected tenderer.

                                               12
(c)   After sales service facilities.

           Tenderers must offer services with after sales service. Documentary evidence and
           locations of such back- up must be given. Where a tenderer offers services without
           such back up in the country, he must give documentary evidence and assurance
           that he will establish adequate back up for services provided.

23. Contacting Rift Valley Technical Training Institute

23.1 Subject to paragraph 21, no tenderer shall contact RVTTI on any matter relating to its
     tender, from the time of the tender opening to the time the contract is awarded.

23.2 Any effort by a tenderer to influence the Procuring entity in its decisions on tender
     evaluation, tender comparison, or contract award may result in the rejection of the
     Tenderer’s tender.

Award of Contract

24. Post-qualification

24.1 In the absence of pre-qualification, the Procuring entity will determine to its satisfaction
     whether the tenderer that is selected as having submitted the lowest evaluated
     responsive tender is qualified to perform the contract satisfactorily.

24.2 The determination will take into account the tenderer financial, technical, and
     production capabilities. It will be based upon an examination of the documentary
     evidence of the tenderers qualifications submitted by the tenderer, pursuant to
     paragraph 12.3, as well as such other information as the Procuring entity deems
     necessary and appropriate.

24.3 An affirmative determination will be a prerequisite for award of the contract to the
     tenderer. A negative determination will result in rejection of the Tenderer’s tender, in
     which event the Procuring entity will proceed to the next lowest evaluated tender to
     make a similar determination of that Tenderer’s capabilities to perform satisfactorily.

25. Award Criteria

25.1 Subject to paragraph 10,23 and 28 the RVTTI will award the contract to the successful
     tenderer(s). Whose tender has been determined to be substantially responsive and has
     been determined to be the lowest evaluated tender. provided further that the tenderer
     is determined to be qualified to perform the contract satisfactorily.

26. Procuring entity’s Right to Vary quantities

                                               13
26.1 The Procuring entity reserves the right at the time of contract award to increase or
     decrease the quantity of services originally specified in the Schedule of requirements
     without any change in unit price or other terms and conditions.

29. Signing of Contract

29.1 At the same time as the Procuring entity notifies the successful tenderer that its tender
     has been accepted, the Procuring entity will send the tenderer the Contract Form
     provided in the tender documents, incorporating all agreements between the parties.

29.2 Within fourteen (14) days of receipt of the Contract Form, the successful tenderer shall
     sign and date the contract and return it to the Procuring entity.

30. Corrupt Fraudulent Practices

30.1 The Procuring entity requires that tenderers observe the highest standard of ethics
     during the procurement process and execution of contracts. In pursuance of this policy,
     the Procuring entity:-

       (a)   Defines, for the purposes of this provision, the terms set forth below as follows:

             (i)    “Corrupt practice” means the offering, giving, receiving or soliciting of any
                    thing of value to influence the action of a public official in the procurement
                    process or in contract execution; and

             (ii)   “Fraudulent practice” means a misrepresentation of facts in order to influence
                    a procurement process or the execution of a contract to the detriment of the
                    Procuring entity, and includes collusive practice among tenderer (prior to or
                    after tender submission) designed to establish tender prices at artificial non-
                    competitive levels and to deprive the Procuring entity of the benefits of free
                    and open competition;

       (b)   Will reject a proposal for award if it determines that the tenderer recommended for
             award has engaged in corrupt or fraudulent practices in competing for the contract
             in question;

       (c)   Will declare a firm ineligible, either indefinitely or for a stated period of time, to be
             awarded any contract if it at any time determines that the firm has engaged in
             corrupt or fraudulent practices in competing for, or in executing, a contract.

30.2     Furthermore, tenderers shall be aware of the provision stated in the General
         Conditions of Contract.

                                                  14
SECTION III-GENERAL CONDITIONS OF CONTRACT
1. Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated:

     (a)   “The Contract” means the agreement entered into between the Procuring entity
           and the tenderer, as recorded in the Contract Form signed by the parties, including
           all attachments and appendices thereto and all documents incorporated by
           reference therein.

     (b)  “The Contract Price” means the price payable to the tenderer under the Contract
          for the full and proper performance of its contractual obligations.
     (c) “The service” means any object of procurement other than works and goods.

     (d)   “The Procuring entity” means the organization purchasing the services under this
           Contract.

     (e)   “The tenderer” means the individual or firm providing the services under this
           Contract.

2. Application

2.1 These General Conditions shall apply in all Contracts made by the Procuring entity
    for the procurement of Services.

3. Country of Origin

3.1 For purposes of this Clause, “origin” means the place where the services originate.

3.2 The origin of Goods and Services is distinct from the nationality of the tenderer.

4. Standards

4.1 The services provided under this Contract shall conform to the standards
    mentioned in the Technical Specifications.
5. Use of Contract Documents and Information

5.1 The Candidate shall not, without the Procuring entity’s prior written consent, disclose the
    Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample,
    or information furnished by or on behalf of the Procuring entity in
    connection therewith, to any person other than a person employed by the tenderer in
                                               15
the performance of the Contract.

5.2 The tenderer shall not, without the Procuring entity’s prior written consent, make use of
    any document or information enumerated in paragraph 5.1 above.

5.3 Any document, other than the Contract itself, enumerated in paragraph 5.1 shall remain
    the property of the Procuring entity and shall be returned (all copies) to the Procuring
    entity on completion of the Tenderer’s performance under the Contract if so required by
    the Procuring entity.

6. Patent Rights

6.1 The tenderer shall indemnify the Procuring entity against all third-party claims of
    infringement of patent, trademark, or industrial design rights arising from use of the
    services or any part thereof in the Procuring entity’s country.

7. Inspection and Tests

7.1 The Procuring entity or its representative shall have the right to inspect and/or to test
    the services to confirm their conformity to the Contract specifications. The
    Procuring entity shall notify the tenderer in writing, in a timely manner, of the identity of
    any representatives retained for these purposes.

7.2 Should any inspected or tested services fail to conform to the Specifications, the
    Procuring entity may reject the services, and the tenderer shall make alterations
    necessary to meet specification requirements free of cost to the Procuring entity.

7.3 Nothing in paragraph 8 shall in any way release the tenderer from any warranty or other
    obligations under this Contract.
8. Provision of Services

8.1 Provision of services shall be made by the tenderer in accordance with the terms specified
    by Procuring entity in its Schedule of Requirements and the Special Conditions of Contract

9.   Payment

9.1 The method and conditions of payment to be made to the tenderer under this Contract
    shall be specified in Special Conditions of Contract.

9.2 Payments shall be made promptly by the Procuring entity as specified in the contract.

10. Prices
                                               16
10.1 Prices charged by the tenderer for Goods delivered and Services performed under the
     Contract shall not vary from the prices by the tenderer in its tender under section 82 of
     Public Procurement and Asset Disposal 2015 .

11. Assignment

11.1 The tenderer shall not assign, in whole or in part, its obligations to perform under this
     Contract, except with the Procuring entity’s prior written consent.

12. Subcontracts

12.1 The tenderer shall notify the Procuring entity in writing of all subcontracts awarded under
     this Contract if not already specified in the tender. Such notification, in the original
     tender or letter, shall not relieve the tenderer from any liability or obligation under the
     Contract.

13. Termination for Default

13.1 The Procuring entity may, without prejudice to any other remedy for breach of Contract,
     by written notice of default sent to the tenderer, terminate this Contract in whole or in
     part:

     (a)   If the tenderer fails to provide services within the period(s) specified in the
           Contract, or within any extension thereof granted by the Procuring entity.

     (b)   If the tenderer fails to perform any other obligation(s) under the Contract.

     (c)   If the tenderer, in the judgment of the Procuring entity has engaged in corrupt or
           fraudulent practices in competing for or in executing the Contract.

13.2 In the event the Procuring entity terminates the Contract in whole or in part, it may
     procure, upon such terms and in such manner as it deems appropriate, services similar to
     those undelivered, and the tenderer shall be liable to the Procuring entity for any excess
     costs for such similar services.

14. Liquidated Damages
       If the tenderer fails to provide any or all of the services within the period(s) specified in
       the contract, the procuring entity shall, without prejudice to its other remedies under
       the contract, deduct from the contract prices liquidated damages sum equivalent to
       0.5% of the delivered price of the delayed goods up to a maximum deduction of 10% of
       the delayed goods. After this the tenderer may consider termination of the contract.

15. Resolution of Disputes

                                                17
15.1 The procuring entity and the tenderer shall make every effort to resolve amicably by
      direct informal negotiation any disagreement or dispute arising between them under or
      in connection with the contract.

15.2 If, after thirty (30) days from the commencement of such informal negotiations both
      parties have been unable to resolve amicably a contract dispute, either party may
      require adjudication in an agreed national or international forum, and/or international
      arbitration.

16. Language and Law

16.1 The language of the contract and the law governing the contract shall be English
     language and the Laws of Kenya respectively unless otherwise stated.

17. Force Majeure

17.1 The tenderer shall not be liable for forfeiture of its performance security, or termination
     for default if and to the extent that its delay in performance or other failure to perform
     its obligations under the Contract is the result of an event of Force Majeure.

                                              18
SECTION V -                 TECHNICAL SPECIFICATIONS

5.1          General

5.1.1        These specifications describe the requirements for goods. Tenderers are requested to
             submit with their offers the detailed specifications, drawings, catalogues, etc for the
             products they intend to supply

5.1.2        Tenderers must indicate on the specifications sheets whether the equipment offered
             comply with each specified requirement.

5.1.3        All the dimensions and capacities of the equipment to be supplied shall not be less than
             those required in these specifications. Deviations from the basic requirements, if any
             shall be explained in detail in writing with the offer, with supporting data such as
             calculation sheets, etc. The procuring entity reserves the right to reject the products, if
             such deviations shall be found critical to the use and operation of the products.

5.1.4        The tenderers are requested to present information along with their offers as follows:

      (i)       Shortest possible delivery period of each product
      (ii)      Information on proper representative and/or workshop for back-up service/repair and
                maintenance including their names and addresses.

                                                     19
SECTION VII         -    PRICE SCHEDULE FOR GOODS

Name of tenderer          Tender Number              Page           of

No    Item description                         Unit of      Country of   Unit price   Remarks
                                               measure      origin
1     185/65R15          Bridgestone           No
                         Firestone             No
                         Pirelli               No
                         Michelin              No
                         BF goodrich           No
                         Apollo                No
                         Toyo                  No
                         General               No
                         Continental           No
2     195R14C            Bridgestone           No
                         Firestone             No
                         Pirelli               No
                         Michelin              No
                         BF goodrich           No
                         Apollo                No
                         Toyo                  No
                         General               No
                         Continental           No
3     215/75R15          Bridgestone           No
                         Firestone             No
                         Pirelli               No
                         Michelin              No
                         BF goodrich           No
                         Apollo                No
                         Toyo                  No
                         General               No
                         Continental           No
4     225/75R15          Bridgestone           No
                         Firestone             No
                         Pirelli               No
                         Michelin              No
                         BF goodrich           No
                         Apollo                No
                         Toyo                  No
                         General               No
                         Continental           No

                                          20
5   255/75R15     Bridgestone        No
                  Firestone          No
                  Pirelli            No
                  Michelin           No
                  BF goodrich        No
                  Apollo             No
                  Toyo               No
                  General            No
                  Continental        No
6   265/70R16     Bridgestone        No
                  Firestone          No
                  Pirelli            No
                  Michelin           No
                  BF goodrich        No
                  Apollo             No
                  Toyo               No
                  General            No
                  Continental        No
7   265/65R17     Bridgestone        No
                  Firestone          No
                  Pirelli            No
                  Michelin           No
                  BF goodrich        No
                  Apollo             No
                  Toyo               No
                  General            No
                  Continental        No
8   215/70R17.5   Bridgestone        No
                  Firestone          No
                  Pirelli            No
                  Michelin           No
                  BF goodrich        No
                  Apollo             No
                  Toyo               No
                  General            No
                  Continental        No
9   265/70R19.5   Bridgestone        No
                  Firestone          No
                  Pirelli            No
                  Michelin           No
                  BF goodrich        No
                  Apollo             No
                  Toyo               No
                                21
General              No
                              Continental          No
10       295/80R22.5          Bridgestone          No
                              Firestone            No
                              Pirelli              No
                              Michelin             No
                              BF goodrich          No
                              Apollo               No
                              Toyo                 No
                              General              No
                              Continental          No

No        Item Description                  Size        Unit Price         Remarks
11        Battery maintenance free          N40
                                            NS70
                                            N70
                                            N100
                                            N120
                                            N150

Note ;

     1. Year of manufacture and serial number of a tyre must be noted upon delivery.
     2. Guarantee of battery must be noted upon delivery.

                                              22
SECTION G. STANDARD TENDER FORMS

(i) Form of Tender
                                                     Date:……………………….______________
                                                     ________
                                                     Tender No:…………………

To: ……………………………
   …………………………..
[Name and address of procuring entity]

Gentlemen and/or Ladies:

1.     Having examined the tender documents including Addenda Nos……………………..
[Insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer
tosupply and deliver………………………………………………………….………………
…………..Description of goods ]
 in conformity with the said tender documents for the sum of……………………………..
……………………………………………………………………………………………………
…
…...[Total tender amount in words and figures] or such other sums as may be ascertained
in accordance with the Schedule of Prices attached herewith and made part of this Tender.

2.    We undertake, if our Tender is accepted, to deliver the goods in accordance with
the delivery schedule specified in the Schedule of Requirements.

3.   If our Tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to
_____ percent of the Contract Price for the due performance of the Contract, in the
form                                   prescribed                                   by
………………………………………………………………….(Procuring entity).

4.    We agree to abide by this Tender for a period of……………….[Number] days from the
date fixed for tender opening of the Instructions to tenderers, and it shall remain binding upon
us and may be accepted at any time before the expiration of that period.

5.   Until a formal Contract is prepared and executed, this Tender, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract between
us.

6.     We understand that you are not bound to accept the lowest or any tender you may
receive.

Dated this ________________ day of ________________ 20______.
[Signature]                                  [In the capacity of]

                                                23
Duly authorized to sign tender for and on behalf of

                                               24
(ii) CONFIDENTIAL BUSINESS QUESTIONNAIRE:

TENDER NO …………………………………………………………………

SUPPLY AND DELIVERY
OF……………………………………………………………………….….

Name of the firm ……………………………….………………………………….…….

Date issued…………………..

The information provided in this form will enable Rift Valley Technical Training
Institute to assess your eligibility to participate in the tendering process and your
competence in supplying the goods and services in the tender. Rift Valley Technical
Training Institute shall verify the information provided and candidates should note that
submission of false information will lead to automatic disqualification.

       A: GENERAL INFORMATION:
1.1    Business Name: ……………………………………………………………..

1.2    Date Of Registration

       Indicate

       …………………..the

       form of Business:

1.3    (a) Sole Proprietor…………………………………….… (b)

       Partnership…………………………………..……. (c)

       Company…………………………..

1.4    What businesses are you licensed to operate?

       ……………………………………………………………………………….

1.5    Postal Address ………………………………………………                                      Tel    No
       …………………………………………

       Fax: ……………………………………………………………

      Cell Phone…………………………………………………….

                                           25
Email ………………………………………………………..Web
      page……………..……………..…………

1.6   Location of business premises:

      Street/Road………………………….Building                            and
      Floor………………………………Plot No

      ………………..
    Is the premises Permanent/Temporary?…………………………
    Residential/Office/shop/warehouse?…………………………….
1.7   Current Trade License No ………………………………….. ……. Expiring date

      ………………………………….………

1.8   Who    are    your     Principal                       Bankers
      ……………………………………..………………. Branch

      …………………

1.9   Details of business registration: Please complete

      the relevant section. Part 1.9 (a) – Sole Proprietor

                                         26
Your name in full ……………………………………………………………………..
          …………………..
          Are you a Kenya Citizen?……………………If not, what is your
          Nationality…………………………………

          Part 1.9(b) – Partnership/Registered company

          Country of
          incorporation…………………………………………………………Date……………..
          ………..

      NAME OF                        NATIONALI CITIZENSHI OWNERSHI
      PARTNERS/SHARE                 TY        P          P
      HOLDERS                                                          (SHARES)

1

2

3

4

          B: ELIGIBITY:

    2.1   Have you or your principals been subject of legal proceedings for insolvency,

          Bankruptcy, receivership or your business activities suspended for related

          reasons?…………………………if yes, when?

          ………………………………..[if yes, You must present legal documentary

          evidence that you are cleared and your business is now solvent].

    2.2   Have you fulfilled your obligations to pay taxes and social security

          contributions for the last three years? Yes.…No.…(

    2.3   Are you or your servants or agents subject of legal proceedings( attached

                                                 27
documentary evidence for the respective Government Agents) or have been

      debarred or suspended for corrupt or unethical business practice.

      Yes……….No……..

2.4   Is the firm making this application or any of its directors been debarred or

      suspended from participating in public procurement or have any Procurement

      Entity initiated proceedings of that nature against the firm or one of its Directors,

      for any reason whatsoever? Yes…....…No………….

                                               28
You must attach copies of your
      1. Business Registration Certificate,

      2. VAT certificate,
      3. PIN Number and

      the recent 3 years Audited Accounts copies of the bank statements for the last 6

      months for your application to be considered.

      C: CAPABILITY AND COMPETENCE TO DELIVER GOODS OR
      SERVICE:

2.5   What products/service do you want to be considered

      for……………………………………………………

      …………………

2.6   How many employees do you have? ……….How many are Permanent?

      .………..How many are Temporary?…………

2.7   What     is the country of origin for those                             goods      or
      services?…………………….…………………………………

2.8   Are you a

      manufacturer/wholesaler/retailer/other (please

      specify)…………………………….………….

      …………………

      (a) If you are a manufacturer or a service organization, are your products

          certified by the Kenya Bureau of Standards or are you affiliated to a

          recognized accrediting body? Yes…..No………[Please attach documentary

          evidence of the current certification].

      (b) If   you   are    not   a   manufacturer,   are   you   an   authorized   dealer?

                                              29
Yes…..No………please attach documentary evidence of the authority from

               the manufacturer]

2.9       Who are your major customers/clients and what is their telephone contact?

      -   To what extend is your firm e-enabled with both your suppliers and clients and

          how do you intend to carry out business with RVTTI?

      -   What is your average response time to a request quotation, Delivery of goods after
          issuance of LPO?

                  NAME OF                                         CONTACT PERSON
                  ORGANIZATION             VALUE OF             TEL NO

                                            BUSINESS

           1

           2

           3

           4

           5

2.10      What is the Maximum value of business

          which you can handle at any one time:

          Kshs……………………………………..

2.11      If your firm is pre-qualified or awarded the tender, will you abide

          by the agreed delivery period and supply goods or service within

          the given specifications by RVTTI? Yes ……….No………?

          D: PAST AND CURRENT PERFORMANCE AND EXPERIENCE

2.12      Is this firm or its directors in any way associated with any other firm

          that is currently conducting business with or have applied to be

          considered for pre-qualification or any other tender in Rift Valley

          Technical Training Institute? If yes, please provide the name(s) of
                                               30
those firm(s), their address, their nature of business and indicate the

       relationship with the company making this application.

Name of Firm              Address                  Nature of Business       Relationship

2.13   Is the firm making this application currently or in previous periods

       been contracted to supply goods or services to Rift Valley Technical

       Training Institute? Yes……….No………. If yes, please indicate

       hereunder the financial year, the goods or services that you supplied

       and their total value.

Financial
Year        Goods or service supplied                            Total value

2.14   Have you at any one time been issued with a Purchase Order by

       the Rift Valley Technical Training Institute and failed to deliver

       the goods or service without assigning any reason for your

       action? Yes……..No…………

2.15   Have you at any one time been requested to quote for supply of

       goods and services and failed to return the quotation without

       assigning any reason for your action? Yes……..No…………

2.16   If you are a current or previous period supplier of goods or service

       to Rift Valley Technical Training Institute, have you at any one
                                             31
time been issued with a letter of cancellation of LPO for failure to

    supply goods within the agreed time or for supplying inferior goods

    not             within              the              specifications?

    Yes…………………No………………

I

                                        32
……………………………………………………………………………………………

the applicant or the authorized person to make this application on behalf of [nam

company]……………………………………………………………does hereby declare

that the information provided is true and correct.

       Please answer all the questions correctly and truthfully and ensure that the

       required bid security and other required documents accompany this application

       on the tender opening date. The bid security must be in its original form and

       obtained from a bank or you may deposit cash or a Banker’s Cheque of an

       equivalent amount with the Rift Valley Technical Training Institute

       Note that following your submission of this application; you may not make

       any unsolicited communication in any way. All communication, if necessary,

       should be in writing. Otherwise, it will construed as an attempt to influence

       the tender examination and evaluation and will lead to automatic

       disqualification from participating in this or any other tender..

       Be aware that if you are awarded this tender you must maintain the quality of the

       goods or services and deliver within the dates agreed and indicated in the LPO.

       You may not ask for price adjustments for the period of this tender unless there is

       a justification for such adjustments on the basis of the general economic

       conditions.

       Otherwise, it will be a breach of contract and RVTTI has the right to

       terminate the entire contract and to disqualify irresponsible tenderers from

       participating in any other tender in the future.

                                             33
2.18   The Position in the company of the

       person making this application…………..

       Signature………………………………………..Date………
       ………………………

       OFFICIAL                 STAMP         HERE

                                      34
Section J. Form of Contract

This CONTRACT (hereinafter called the “Contract”) is made the [day] day of the month
of [month], [year], between, on the one hand, [name of client] (hereinafter called the
“Client”) and, on the other hand, [name of tenderer] (hereinafter called the “Tenderer”).

WHEREAS
     (a)      the Client has requested the Tenderer to supply and deliver the specified
              Vehicles, plants and equipment, as defined in the General Conditions of
              Contract attached to this Contract (hereinafter called the “Goods”);

       (b)    the Tenderer, having represented to the Client that they have the
              required items, have agreed to provide the Goods on the terms and
              conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

1.     The following documents attached hereto shall be deemed to form an integral
       part of this Contract:

       (a)    SECTION D - The General Conditions of Contract;
       (b)    SECTION E - The Special Conditions of Contract RVTTI Form1;
       (c)    SECTION F - Schedule of Requirements
       (d)    SECTION H - Tender Form and Price Schedules for goods submitted by the
              Tenderer
       (e)    SECTION J - This contract Form
       (f)    the Notification of Award by RVTTI

2.     The mutual rights and obligations of the Client and the Tenderer shall be as set
       forth in the Contract, in particular:

       (a)    The Tenderer shall supply and deliver the goods in accordance with the
              provisions of the Contract; and
       (b)    the Client shall make payments to the Tenderer in accordance with the
              provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in
their respective names as of the day and year first above written.
For and on behalf of [name of client]

[Authorised Representative]

For and on behalf of [name of Tenderer]

[Authorised Representative]
                                           35
You can also read